57
REQUEST FOR PROPOSALS TO PROVIDE PROFESSIONAL SAMPLING AND LABORATORY ANALYTICAL SERVICES FOR TITLE 22 GROUNDWATER MONITORING PROGRAM PROPOSAL ISSUED: October 31, 2017 PROPOSAL DUE: November 21, 2017, 3:00 P.M. At: WATER REPLENISHMENT DISTRICT OF SOUTHERN CALIFORNIA 4040 Paramount Blvd. Lakewood, CA 90712

REQUEST FOR PROPOSALS TO PROVIDE PROFESSIONAL SAMPLING AND LABORATORY ANALYTICAL ...wrd.org/sites/pr/files/171031_FINAL_RFP for Lab Service… ·  · 2017-11-01G. SAMPLE COLLECTION

Embed Size (px)

Citation preview

REQUEST FOR PROPOSALS

TO PROVIDE

PROFESSIONAL SAMPLING AND LABORATORY ANALYTICALSERVICES FOR

TITLE 22 GROUNDWATER MONITORING PROGRAM

PROPOSAL ISSUED:October 31, 2017

PROPOSAL DUE:November 21, 2017, 3:00 P.M.

At:WATER REPLENISHMENT DISTRICT OF SOUTHERN CALIFORNIA

4040 Paramount Blvd.Lakewood, CA 90712

1

TABLE OF CONTENTS

Page

I. TABLE OF CONTENTS..………………………………………………………….... 1

II. DESCRIPTION OF MONITORING PROGRAM……………...…………….……... 3

III. SCOPE OF LABORATORY SERVICES…………...………………………....... 9-12

A. SAMPLINGB. ANALYSISC. ANALYTICAL REPORTINGD. DATA VERIFICATIONE. TECHNICAL ASSISTANCEF. INVOICINGG. PERFORMANCE OF ANALYSIS

IV. MINIMUM QUALIFICATIONS……………………………………………….. 12-15

A. LABORATORY CERTIFICATIONB. LABORATORY QUALITY ASSURANCE/QUALITY CONTROLC. PERSONNEL QUALIFICATIONSD. LABORATORY CAPACITY & CAPABILITYE. LABORATORY SAMPLE & DATABASE MANAGEMENTF. LABORATORY EXPERIENCEG. LABORATORY LOCATIONH. LABORATORY SUBCONTRACTS

V. PROPOSAL CONDITIONS & REQUIREMENTS……………………………. 15-16

A. PRIOR EXPERIENCEB. LABORATORY TEAMC. ANALYTICAL/SAMPLING PRICE LISTD. SWRCB DDW CERTIFICATIONE. TRAVEL BLANK ADMINSTRATIONF. DOCUMENTATION AND DELIVERABLESG. SAMPLE COLLECTION

VI. PROPOSAL FORMAT AND CONTENTS……………………………………..16-17

VII. PROPOSAL EVALUATION & AWARD OF CONTRACT……………………18-20

A. GOVERNING RULESB. EVALUATION PROCESS IC. EVALUATION PROCESS IID. AWARD OF CONTRACT

2

TABLE OF CONTENTS

Page

ATTACHMENT A – CONSULTANT AND SUBCONSULTANT STATUS FORM

APPENDIX A – FEE SCHEDULE FOR SERVICES

APPENDIX B – WRD STANDARD CONTRACT / SERVICE AGREEMENT

APPENDIX C – ELECTRONIC DATA DELIVERABLES FORMAT

APPENDIX D – WRD STORET CODES

APPENDIX E – WRD SERVICES AREA – TITLE 22 MONITORING PROGRAM

3

REQUEST FOR PROPOSALS

TO PROVIDE PROFESSIONAL SAMPLING AND LABORATORY ANALYTICAL

SERVICES FOR WRD TITLE 22 GROUNDWATER MONITORING PROGRAM

I. PURPOSE

The Water Replenishment District of Southern California (WRD) is a special district establishedin 1959 under the California Water Code to manage the groundwater resources of the Centraland West Coast Basins. These basins supply water to nearly four million people over a servicearea that covers 420 square miles in southern Los Angeles County. WRD is responsible formaintaining adequate groundwater supplies, preventing seawater intrusion into the groundwateraquifers, and protecting groundwater quality against contamination.

One of the means by which the District fulfills this responsibility is to administer groundwatermonitoring programs to monitor water quality conditions of the Central and West Coast Basins.The District also performs water quality sampling for regulatory compliance associated withNational Pollutant Discharge Elimination System (NPDES) Permit, Water ReclamationRequirements, and Waste Discharge Requirements.

The District has been administering the Title 22 Groundwater Quality Monitoring Program forselected retail water agencies within the Central Basin and West Basin since January 2007 (seeAppendix E for general location map). As part of this program, WRD will contract with acertified laboratory for sampling and analytical services in order to comply with the CaliforniaCode of Regulations Title 22 domestic water quality and monitoring regulations and FederalSafe Drinking Water Act regulations. The awarded laboratory must be certified by the CA StateWater Resources Control Board – Division of Drinking Water (SWRCB-DDW) and preferablyaccredited in accordance with the National Environmental Laboratory Accreditation Program(NELAP)

The anticipated laboratory contract described in this Request for Proposals (RFP) will have aduration of three (3) years effective January 1, 2018 and will require coordination withgroundwater pumpers (purveyors) for collection of samples from their potable supply wells,water quality analysis of the collected samples, hard copy and electronic reporting activities,regular communication with WRD, and rigorous quality assurance / quality control (QA/QC)protocol. The following are general descriptions of the various aspects of this program.

II. DESCRIPTION OF MONITORING PROGRAM

The District administers the Title 22 Groundwater Quality Monitoring Program, which providessampling and laboratory analytical services to comply with Title 22 drinking water regulationsfor retail water agencies utilizing groundwater in the Central and Basin of Los Angeles County.

4

The District also has one water agency from the West Coast Basin. The estimated number ofretail agencies participating in WRD’s Title 22 Program and their municipal water supply wellsare indicated in Table 1.

TABLE 1Title 22 Monitoring Program Statistics 2015-2017

BASIN NUMBER OFPURVEYORSIN PROGRAM

ESTIMATED NUMBER OF WELLS IN PROGRAM

ACTIVE STANDBY INACTIVECentral Basin 21 78 4 2

West Basin 1 2

District staff will prepare the routine sampling schedule each quarter for these wells, indicatingthe type of samples to be collected from each well and specific tests to be performed for thequarter. Hard copy and electronic copies of schedules will be provided to the laboratory prior tothe beginning of the quarter. It will be the responsibility of the laboratory to communicate withthe applicable retail agency to schedule the actual date and time of the sample collection, andthen to have experienced field staff visit the well to properly collect, label, and preserve thesamples for delivery to the laboratory. The laboratory will provide hard copy or electronicacknowledgments of sampling activities to the District in the form of a Chain of Custody (COC).Sampling acknowledgments will list the purveyor, purveyor well name, date and time sampled,the tests to be performed and the name or initial of the person who collected the sample.

The approximate numbers of analyses to be performed on the samples based on current drinkingwater regulations for the term of the awarded contract are indicated in Table 2, and are subject tochange.

Title 22 reports of all test results must be received by the SWRCB-DDW, retail agency and theDistrict within 14 calendar days of sample collection from the contracted laboratory. All reportsmust also be electronically transmitted to the SWRCB-DDW and the District in the properelectronic format required by each agency to ensure easy and accurate uploading into eachagency’s database and upon request by retail water agencies.

Monitoring frequencies will be adjusted to comply with changes in a well’s vulnerabilityassessment or operating status as determined by SWRCB-DDW. Required analyses andsampling frequencies will provide continued compliance with the California Domestic WaterQuality and Monitoring Regulations, Title 22, Chapter 15; and any additional wellheadmonitoring provisions under the Federal Safe Drinking Water Act. Program conditions must beadjusted as compliance revisions occur. Thus, when new monitoring requirements arepromulgated by either the Federal EPA or SWRCB-DDW, additional analyses may be required,and the laboratory selected must assist the District in meeting these new requirements. The

5

District’s program does not include scheduling and testing for at-the-tap lead and copperregulations; or of distribution systems for bacteriological quality, general physical parametersand disinfection by-products.

TABLE 2

ANALYTICAL CATEGORY/PARAMETER ANALYTICAL APPROXIMATE NUMBER

TITLE 22 TESTING METHOD OF SAMPLES

FOR 3 YEARS

General Mineral (see attached bidsheet for specific parameters) various 250

General Physical (color, odor, turbidity) various 200

Inorganics (see trace metals list attached), Nitrate-N, NO2, F various 200

Nitrate or Nitrite only EPA 300.0 430

Perchlorate EPA 314 250

Iron or manganese (monthly sampling) EPA 200.7, 200.8 500

Single trace metal analysis (arsenic, mercury, lead, etc) various 80

Hexavalent chromium EPA 218.6 320Total Organic Carbon SM 75Total Fuel Hydrocarbons EPA 8015 (gas & diesel) 12Volatile Organic Chemicals EPA 502.2, 524.2 800VOC confirmation (up to 3 analytes) EPA 502.2, 524.2 unspecifiedMTBE (alone) by EPA 524.2 OR 502.2 EPA 502.2, 524.2 unspecifiedSemi-Volatile Organic Chemicals (SOCs) various 225EDB and DBCP EPA 504.1 0DEHA, DEHP and benzo(a)pyrene EPA 525.1 0Carbamates by EPA 531.1 EPA 531.1 0Glyphosate by EPA 547 EPA 547 0Organochlorine Pesticides and PCB's by EPA 508 EPA 508 0PCBS ONLY EPA 508 0Herbicides by EPA 515 EPA 515.1, 515.2 01,4-Dioxane EPA 8270M 500Gross Alpha EPA 900.0 90Uranium EPA 90Radium 226 EPA 903.1 90Radium 228 EPA 904.0 90Radon 222 EPA/ASTM 0

SAMPLE ESTIMATES - CALENDAR YEARS 2018-20

Unregulated Contaminant Monitoring Regulation (UCMR 4) Monitoring

In addition to all Title 22 monitoring for the participating water agencies, the District will also beresponsible for compliance with Federal Unregulated Contaminant Monitoring Regulation(UCMR 4) monitoring of the participating water agencies. The US Environmental ProtectionAgency (EPA) has determined that monitoring occur during 2018-2020 and includes 30unregulated contaminants and ten associated analytical methods to be used in this monitoringcycle. The UCMR program was developed in coordination with the Contaminant Candidate List(CCL). The CCL is a list of contaminants that are not regulated by national primary drinking

6

water regulation, are known or anticipated to occur at public water systems, and may warrantregulation under the Safe Drinking Water Act. The data collected through the UCMR program isbeing stored in the National Contaminant Occurrence Database (NCOD) to support analysis andreview of contaminant occurrence, to guide the CCL selection process, and to support theAdministrator's determination of whether to regulate a contaminant in the interest of protectingpublic health. Sampling and reporting for UCMR 4 for the participating water agencies will bepart of this laboratory contract. The awarded laboratory or its subcontracted laboratory musthave met the application and Proficiency Testing (PT) criteria for UCMR 4 Laboratory ApprovalProgram and be fully certified to perform all UCMR 4 analyses. A copy of the certification mustbe included in the proposal. The lists of contaminants that will be monitored are indicated inTable 3.

Table 3

UCMR 4 Contaminants and Corresponding Analytical Methods

List 1 - Ten Cyanotoxin Chemical Contaminants

Contaminant CAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

total microcystin N/A 0.3 µg/L EPTDSEPA 546(ELISA)

microcystin-LA 96180-79-9 0.008 µg/L EPTDS EPA 544

microcystin-LF 154037-70-4 0.006 µg/L EPTDS EPA 544

microcystin-LR 101043-37-2 0.02 µg/L EPTDS EPA 544

microcystin-LY 123304-10-9 0.009 µg/L EPTDS EPA 544

microcystin-RR 111755-37-4 0.006 µg/L EPTDS EPA 544

microcystin-YR 101064-48-6 0.02 µg/L EPTDS EPA 544

nodularin 118399-22-7 0.005 µg/L EPTDS EPA 544

7

ContaminantCAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

anatoxin-a 64285-06-9 0.03 µg/L EPTDS EPA 545

cylindrospermopsin 143545-90-8 0.09 µg/L EPTDS EPA 545

Two Metals

ContaminantCAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

germanium 7440-56-4 0.3 µg/L EPTDS

EPA200.8, ASTMD5673-10, SM3125

manganese 7439-96-5 0.4 µg/L EPTDS

EPA200.8, ASTMD5673-10, SM3125

Eight Pesticides and One Pesticide Manufacturing Byproduct

ContaminantCASRegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

alpha-hexachlorocyclohexane

319-84-6 0.01 µg/L EPTDS EPA 525.3

chlorpyrifos 2921-88-2 0.03 µg/L EPTDS EPA 525.3

dimethipin 55290-64-7 0.2 µg/L EPTDS EPA 525.3

8

ContaminantCASRegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

ethoprop 13194-48-4 0.03 µg/L EPTDS EPA 525.3

oxyfluorfen 42874-03-3 0.05 µg/L EPTDS EPA 525.3

profenofos 41198-08-7 0.3 µg/L EPTDS EPA 525.3

tebuconazole 107534-96-3 0.2 µg/L EPTDS EPA 525.3

total permethrin (cis-& trans-)

52645-53-1 0.04 µg/L EPTDS EPA 525.3

tribufos 78-48-8 0.07 µg/L EPTDS EPA 525.3

Three Brominated Haloacetic Acid (HAA) Groups3,4

Contaminant CAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

HAA5 N/A N/AD/DBPRHAAlocation(s)

EPA552.3or EPA557

HAA6Br N/A N/AD/DBPRHAAlocation(s)

EPA552.3or EPA557

HAA9 N/A N/AD/DBPRHAAlocation(s)

EPA552.3or EPA557

9

Three Alcohols

ContaminantCAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

1-butanol 71-36-3 2.0 µg/L EPTDS EPA 541

2-methoxyethanol 109-86-4 0.4 µg/L EPTDS EPA 541

2-propen-1-ol 107-18-6 0.5 µg/L EPTDS EPA 541

Three Other Semivolatile Chemicals

Contaminant CAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

butylatedhydroxyanisole

25013-16-5 0.03 µg/L EPTDS EPA 530

o-toluidine 95-53-4 0.007 µg/L EPTDS EPA 530

quinoline 91-22-5 0.02 µg/L EPTDS EPA 530

Indicators

Parameter CAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

total organic carbon(TOC)

N/A N/A SR

SM 5310 B,SM 5310 C,SM 5310 D(21st edition),or SM 5310 B-00, SM 5310C-00, SM 5310D-00 (SM

10

ParameterCAS RegistryNumber1

MinimumReportingLevel

SamplingPoints2

AnalyticalMethods

Online), EPAMethod 415.3(Rev.1.1 or 1.2)

bromide N/A N/A SR

EPA Methods300.0 (Rev.2.1), 300.1(Rev.1.0), 317.0(Rev.2.0), 326.0(Rev.1.0)or ASTMD 6581-12

Notes

1. Chemical Abstract Service (CAS) Registry Number

2. Sampling Locations

a. Entry points to the distribution system (EPTDS)

b. Source Water Intake Locations (SR)

c. Stage 2 Disinfectants and Disinfection Byproducts Rule SamplingLocations (D/DBPR)

3. TOC and bromide samples must be collected at the same time as HAA samples. Theseindicator samples must be collected at a single source water intake using methods alreadyapproved for compliance monitoring.

a. TOC methods include: SM 5310 B, SM 5310 C, SM 5310 D (21st edition), or SM5310 B-00, SM 5310 C-00, SM 5310 D-00 (SM Online), EPA Method 415.3 (Rev.

1.1 or 1.2).

b. Bromide methods include: EPA Methods 300.0 (Rev. 2.1), 300.1 (Rev. 1.0), 317.0 (Rev.2.0), 326.0 (Rev. 1.0) or ASTM D 6581-12.

11

4. Regulated HAAs (HAA5) are included in the monitoring program to gain a betterunderstanding of co-occurrence with currently unregulated disinfection byproducts.

a. HAA5 includes: dibromoacetic acid, dichloroacetic acid, monobromoacetic acid,monochloroacetic acid, trichloroacetic acid.

b. HAA6Br includes: bromochloroacetic acid, bromodichloroacetic acid, dibromoaceticacid, dibromochloroacetic acid, monobromoacetic acid, tribromoacetic acid.

c. HAA9 includes: bromochloroacetic acid, bromodichloroacetic acid,chlorodibromoacetic acid, dibromoacetic acid, dichloroacetic acid, monobromoaceticacid, monochloroacetic acid, tribromoacetic acid, trichloroacetic acid.

Monitoring for Notification Levels Contaminants

As a supplement to the District’s Title 22 Monitoring Program and part of this laboratorycontract, the District may also monitor selected contaminants that are currently listed under theSWRCB Drinking Water Notification Levels listing. The contracted laboratory may be requiredto sample and report selected chemicals listed in Table 4, SWRCB’s list as of February 4, 2015.https://www.waterboards.ca.gov/drinking_water/certlic/drinkingwater/documents/notificationlevels/notificationlevels.pdf

Table 4

Notes* SWRCB Drinking Water Notification LevelsChemical

NotificationLevel (milligrams

per liter)1 Boron 12 n-Butylbenzene 0.263 sec-Butylbenzene 0.264 tert-Butylbenzene 0.265 Carbon disulfide 0.166 Chlorate 0.87 2-Chlorotoluene 0.148 4-Chlorotoluene 0.149 Diazinon 0.001210 Dichlorodifluoromethane (Freon 12) 111 1,4-Dioxane 0.00112 Ethylene glycol 1413 Formaldehyde 0.114 Octahydro- 1,3,5,7-tetranitro-1,3,5,7-tetrazocine (HMX) 0.3515 Isopropylbenzene 0.7716 Manganese 0.517 Methyl isobutyl ketone (MIBK) 0.1218 Naphthalene 0.01719 N-Nitrosodiethylamine (NDEA) 0.00001

12

20 N-Nitrosodimethylamine (NDMA) 0.0000121 N-Nitrosodi-n-propylamine (NDPA) 0.0000122 Propachlor 0.0923 n-Propylbenzene 0.2624 Hexahydro- 1,3,5-trinitro-1-3-5-triazine (RDX) 0.000325 Tertiary butyl alcohol (TBA) 0.01226 1,2,3-Trichloropropane (1,2,3-TCP) 0.00000527 1,2,4-Trimethylbenzene 0.3328 1,3,5-Trimethylbenzene 0.3329 2,4,6-Trinitrotoluene (TNT) 0.00130 Vanadium 0.05* Notes include toxicological endpoint, references, history, and other information (seepage 6)

III. SCOPE OF LABORATORY SERVICES

The scope of services to be provided by the Laboratory is outlined in detail below.

Summary:

The scope of work entails the coordination with groundwater retail agencies to visit and sampletheir potable supply wells, perform water quality analysis of the collected samples to meetSWRCB and USEPA requirements, provide timely hard copy and electronic reporting of theanalytical results, provide regular communication with the District, and ensure rigorous (QA/QC) protocols for the sampling and analytical activities.

A. Sampling:

With about 22 purveyors and 84 wells in the program, efficient sample collection and continuitymust be maintained. District staff will prepare the sampling and analysis schedule for each wellrequired to be sampled in the upcoming quarter for each quarter of the 3 year contract.Schedules will be mailed as hard copies and/or emailed as electronic copies to the laboratoryprior to the beginning of the quarter. The laboratory will then communicate with each applicableretail agency to schedule the sampling date and time, and then have experienced field staff visitthe wells to properly collect, label, and preserve the samples and deliver to the laboratory on thesame day as sample collection. The laboratory will provide hard copy or electronicacknowledgments of sampling activities to the District and the water purveyors within one weekof sample collection. Sampling acknowledgments will list the purveyor, purveyor well name,date and time sampled, the analytical tests to be performed, and the name or initial of thepersonnel that collected the samples.

As the laboratory work is a reflection of the District, it is critically important that the laboratoryprovide excellent customer service to the retail agencies at all times in a very courteous andprofessional manner. The laboratory must communicate very effectively with the agency, set up

13

reasonable sample collection times, show up at the appointed times with the appropriateequipment, contact the agency in advance if there will be delays or if there is a need toreschedule, and ensure that the field samplers are prompt, professional, skilled, andknowledgeable about their tasks.

B. Analysis:

The laboratory analyses must be complete and must meet the requirements for scheduledanalyses of drinking water in a manner that is both prompt and in compliance with all drinkingwater regulations as noted in the California Code of Regulations Title 22 and the Federal SafeDrinking Water Act and amendments. The expected types and number of chemical analyses tobe performed over the life of the contract are estimated in Appendix A, although the actualnumber may vary.

Standard Turn-Around-Time (TAT) for analyses will be 14 days from sample collection.However, the District may request RUSH samples occasionally, where results are required nolater than 72 hours. Pricing for standard turn around within 14 days and rush samples are to beprovided in the proposal. An example of a final report of analysis shall be also included in theproposal.

The laboratory will notify the District and the water purveyor by phone, e-mail or fax of anyanalytical result that exceeds a primary or secondary Maximum Contaminant Level (MCL) orany detection of a Volatile Organic Compound (VOCs) prior to formally reporting the results tothe District, the purveyor and SWRCB as needed to fulfill notification requirements as noted inTitle 22.

The laboratory, when feasible, will make its facilities available to assist the District with analysisof non-routine samples that may be required.

C. Analytical Reporting:

All reports must be electronically transmitted to the SWRCB. The laboratory must transmitthese reports electronically to the SWRCB through their Write-on software or other SWRCBapproved software or digital format. All analytical results peer-reviewed and approved by theend of the month must be submitted to SWRCB through the Write-on software no later than the10th of the following month.

The District requires the transmittal of the reports to the District in both Electronic DataDeliverables (EDDs) format and Portable Document Format (PDF). EDDs shall be submitted tothe District in Excel format as described in Appendix C. EDDs shall be submitted to the Districtas zip files if necessary, via e-mail or via download from the proposer’s web site. If thesubmittal is via download from the proposer’s web site, an e-mail shall be sent to the Districtcontaining a notification of availability. Each EDD will be comprised of one sample locationonly. Sample results must be available on the laboratory web site for a minimum of 2 years, ifthe web site option for EDDs and reports is selected. The Laboratory shall submit both EDDsand PDFs to the District and the retail water agency at substantially the same time so that there is

14

minimum delay between the two submittals. Retail water agencies may require electronic copiesand/or original signed reports.

It should be noted that the District utilizes the State Water Resources Control Board (SWRCB)data storage and retrieval (STORET) codes for analytical constituents. A list of STORETs usedin the District’s database and on EDDs is provided in Appendix D of this RFP.Final reports shall contain the following for each analysis:

1. Cover page summarizing all detections & highlighting exceedances of MCLs or NLs2. Agency Identification3. Well Identification and Location4. Sample Identification (Agency – ID)5. Sample collection date and time6. Lab receipt date and time7. Analysis date8. Analytes tested and test results9. Test method (EPA, Standard Methods, or other), detection limits for reporting10. Test units11. Signature and title of laboratory personnel certifying the results12. Notes regarding anomalous test results13. QA/QC documentation

D. Data Verification (After Reporting)

If there is a reasonable question from the District regarding data validity (e.g., analytical resultsan order of magnitude different from historical results), the Laboratory shall re-run samples andprovide new EDDs and hard copy reports at no additional charge.

Laboratory errors resulting in the need for the well to be resampled will require the laboratory tonotify the District, coordinate with the retail agency, collect, analyze, and report the results of theresample at no cost to the District.

E. Technical Assistance

The Laboratory shall provide technical assistance as part of their fee schedule for the District ongeneral and project-related questions regarding sample analyses, sample reporting, and analyticalregulatory requirements. District staff will use discretion when requesting technical assistance.

F. Invoicing:

The cost of analyses shall be invoiced monthly by the laboratory directly to the District, who inturn, will invoice participating agencies for their respective analytical costs. Invoicing will beseparated based on three sampling categories: Title 22 Monitoring, UCMR 4 Monitoring, andNotification Level Monitoring. Invoices to the District for work performed must be brokendown by the sampling category, agency name, sample location, well number, sample date,analyses performed, unit analytical prices, sampling charge (if any), subtotal by well, and total

15

cost for each retail agency. Invoices for any given month must be received by the District nolater than 30 calendar days following the end of the month in which samples were collected. Thelaboratory must invoice for all samples collected and analyzed within the month. “Backup”detail (e.g., copies of the relevant laboratory chain of custody forms) shall be attached to eachinvoice.

G. Performance of Analysis

The Laboratory shall perform the analysis of requested constituents in strict conformance toprocedures established by certifications with the DDW Environmental Laboratory AccreditationProgram, and preferably the National Environmental Laboratory Accreditation Program(NELAP) and in accordance with appropriate QA/QC practices. The District may at timesconsult with the Laboratory regarding appropriate constituents and methods of analysis to beused. Appendix A lists the constituents that will be requested and the anticipated annual volumeof samples per test.

IV. MINIMUM QUALIFICATIONS

A. Laboratory Certification

The selected laboratory must be certified by the DDW SWRCB EnvironmentalLaboratory Accreditation Program (ELAP) certified to conduct the necessary analysesapproved for drinking water sources, and must have completed the required performanceevaluation samples for these analyses. The selected laboratory or its subcontractedlaboratory must be certified by EPA to conduct the necessary analyses for UCMR 4.Documentation of these conditions must be provided to the District. A copy of thecertifications for the specified analyses shall be included in the proposal. Desired, but notrequired, is certification under the National Environmental Laboratory Approval Program(NELAP) to also perform the analyses. A copy of this certification for the specifiedanalyses shall also be included in the proposal, if available.

B. Laboratory Quality Assurance / Quality Control (QA/QC) Procedures

The selected laboratory must have an established Quality Assurance and Quality Control(QA/QC) program. With up to 22 purveyors participating in the program, samplecollection and continuity must be maintained. To ensure the highest confidence in dataquality, the Laboratory shall maintain the standards detailed below throughout theduration of the laboratory contract. It should be noted that these standards are in additionto those required under their ELAP certification.

1. Quality System Audits

Documentation of the last external audit, which should have been completed withinthe last 36 months, shall be made available to WRD upon request during the proposalproceedings.

16

The Laboratory shall complete at least one internal audit every six months.Documentation of the last internal audit shall be made available to WRD uponrequest during the proposal proceedings.

2. General Quality Assurance (QA) Practices

The Laboratory shall employ a QA program with elements that address staff training,ethics, customer complaints, contingency plans, reporting procedures/data validationsteps, sample collection procedures, sample tracking and handling, andsubcontracting of analyses. The Table of Contents of the current QA manual shall beprovided as part of the proposal.

3. Analytical Method Quality Control (QC) Procedures

All analytical methods employed at the Laboratory must be approved by a Federal orState regulatory agency or an industry-recognized methods review board.

Each analytical method shall include specific steps to validate and calibrate theinstrument that is used to conduct the analysis and specific steps to validate the staffmember who is assigned to conduct the analysis.

A list of all methods employed at the laboratory, their standard reporting limits andmethod detection limits shall be provided as part of the proposal.

4. Proficiency Testing

The Laboratory shall complete at least two Proficiency Tests each year todemonstrate consistent quality over time. Proficiency testing results should be withinacceptance criteria. Proficiency Test results, including test sample source and anyCorrective Action required, for every proficiency test completed within the last 12months shall be made available to WRD upon request during the proposalproceedings.

5. Standard Operating Procedures (SOPs)

The Laboratory shall have a SOP in place for every analytical method employed. TheLaboratory shall also have a SOP in place for every non-analytical method employed(e.g., sample control, project management, subcontractor qualification and ongoingperformance evaluation, electronic data transfer, changes in laboratory policy,instrument maintenance/calibration, supply management). A list of the current SOPsand the date of each SOP’s last revision shall be made available to WRD uponrequest during the proposal proceedings.

17

C. Personnel Qualifications

The Laboratory shall furnish analyst staff that are qualified and experienced inperforming the analytical methods to which they are assigned. A Technical Director orLaboratory Director shall be designated to provide leadership and make policy decisionsfor the laboratory. Brief biographies for current key analyst and database managementstaff and the Technical or Laboratory Director, and a summary of the training programfor analysts shall be provided as part of the proposal.

D. Laboratory Capacity and Capability

The Laboratory shall be capable of performing the requested analytical services. Thelatest instrumentation shall be utilized. The Laboratory shall provide in the proposal aninstrumentation inventory, the age of the instruments and the tests that are performed foreach instrument. In addition, the level of staffing shall be sufficient to perform theanalyses. The Laboratory shall provide in the proposal an organizational chart of itsstaffing.

E. Laboratory Sample and Database Management

The Laboratory shall fully describe data processing procedures from sample receipt toreport generation and methods used to extract, process, and deliver the final data. Includeinformation about the Laboratory Information Management System (LIMS) used andexplain the process required for producing differing electronic deliverables from the sameset of data. Describe the methods that will be used to deliver EDDs, PDFs and hardcopies to the District and the retail water agencies, and the EDTs to the DDW SWRCB.

F. Laboratory Experience

The Laboratory shall have adequate experience commensurate with the projected volumeof samples to be analyzed and be knowledgeable of the DDW SWRCB Title 22Monitoring Program and its reporting requirements. A list of three major clients andgeneral project descriptions of comparable scope of work and magnitude and theassociated regulatory agencies shall be provided as part of the proposal.

G. Laboratory Location

To expedite the sampling schedule and meet the short holding times associated with someof the constituents of interest, the Laboratory shall be located within a reasonabledistance from the Central and West Basin sampling locations, and shall have the ability toreceive samples on the same day they are collected. The Laboratory shall be located inone of the following counties: Ventura, Los Angeles, Orange, San Bernardino, orRiverside.

18

H. Laboratory Subcontracts

To prevent delays in analytical reporting and to minimize data transfer errors, theLaboratory shall limit its subcontracting of analyses to three subcontractors. TheLaboratory shall list all subcontractors in its proposal. The Laboratory will beresponsible for ensuring that its subcontractors meet all appropriate quality controlrequirements. No more than 25 percent of the work may be subcontracted.

V. PROPOSAL CONDITIONS AND REQUIREMENTS

A. Prior Experience

Describe your firm’s experience in wellhead sampling and conducting drinking waterquality analyses.

Provide a list of 3 current clients and contacts for such activities.

B. Laboratory Team

Describe laboratory personnel and organizational staffing. Identify pertinent and essential laboratory liaisons to the District’ program. Provide a short resume for each key laboratory employee that will be acting as a

liaison with the District.

C. Analytical/sampling Price List

Submit a completed copy of the attached price sheet. The estimated number ofsamples in Appendix A is subject to change and is not a guaranteed amount. Anelectronic version is available upon request by contacting [email protected].

Please submit a complete listing of the following for all tests requested under thisRFP: Analytical methods, reporting limit, bottle type, preservative and maximumholding time for each analyte or groups of analytes. Identify any analyses that will besubcontracted. Specify the subcontract laboratory(ies) to analyze those samples andsupply their certification documents.

Indicate any additional organic chemical parameters included in a test method, otherthan the required regulated and unregulated chemicals.

D. SWRCB DDW & EPA Certification

Enclose your laboratory’s complete current ELAP and/or NELAP certification andUCMR 4 laboratory approved certification. Identify any subcontract laboratoriesproposed to analyze samples for which your laboratory is not currently certified by

19

ELAP or NELAC. Include the current ELAP or NELAC certification for anyproposed subcontractor laboratories.

Provide copies of your laboratory’s results and any corrective action documents forthe most recent drinking water performance evaluation studies.

E. Travel Blank Administration

Describe the laboratory’s VOC travel blank protocol with respect to sample resultsinterpretation, reporting and billing.

F. Documentation and Deliverables

Include examples of your laboratory and SWRCB DDW reporting form for thefollowing: volatile organics, semi-volatiles, pesticides, general mineral, generalphysical, inorganics, radiologicals, cyanotoxins, pesticides, brominated HAA groups,or alcohols.

Describe the electronic data transfer capabilities of your laboratory for both EDTreporting directly to SWRCB DDW and EDD files to the District.

Provide an example of the sampling acknowledgment and invoicing forms to besubmitted to the District.

G. Sample Collection

Describe the proposed sample collection procedures and indicate the associated costs,if any, for this service on a per well basis. Describe steps to be taken that will ensuresample collection will be conducted expediently to avoid mistakes and delays.

VI. PROPOSAL FORMAT AND CONTENT

This RFP does not commit the District to award any contract or to pay any cost incurred in thepreparation of the proposal in response to this request. The District reserves the right to reject allproposals received, to negotiate with any or all qualified laboratories who submit proposals, or tocancel this RFP in part or in its entirety. All proposals submitted shall be considered valid for 90days.

If there is any need for clarification, please submit written questions to Charlene King by fax,562-275-4252, or email, [email protected] by Wednesday, November 15, 2017, 3p.m.Responses will be provided as soon as possible, with copies going to all laboratories thatreceived an RFP.

One original hard copy proposal and 3 hard copies shall be sealed and submitted in response tothis request. The proposal shall include but not limited to the following elements:

20

1. Cover letter.2. Understanding of proposed scope of work.3. Detailed scope of work divided into the major tasks described above, including

any additional comments, suggestions, and changes that would demonstrate thelaboratory’s capability to perform the scope of work satisfactorily.

4. QA/QC5. Data management and tracking.6. Fee schedule for analyses. Please complete and submit the unit prices for each

analysis noted in Appendix A for both normal and rush samples. Please submit asa hard copy and on a CD or flashdrive.

7. Organization chart of project team, including resumes of key personnel. Theproject manager and main contact person must be identified. WRD must benotified and pre-approve any change to the project team after proposal or awardsubmittal, including subcontract laboratories, if any.

8. Instrumentation inventory and associated tests performed by each instrument.9. List of subcontractor laboratories and analysis to be performed.10. Location of laboratory.11. Relevant experience.12. References.13. ELAP and other laboratory certifications.14. Statement of acceptance of WRD’s agreement (Appendix B).15. Samples of Laboratory Reports – EDD’s and hard copy format

Each Laboratory submitting a proposal on this project is encouraged to comment on, add to,and/or expand on the specific services requested by the District. The Laboratory shallcomplete Appendix A (A-1, A-2 and A-3) as a spreadsheet for the fee schedule for services,and submit it with the proposal.

The body of the proposal must not exceed 15 pages, excluding the cover letter and table ofcontents. There is no page limit requirement for appendices. One original and 3 copies of theproposal (sealed) shall be submitted to:

Water Replenishment District of Southern California4040 Paramount Blvd

Lakewood, California 90712Attn: Charlene King, Program Manager

Proposals are due by Tuesday, November 21, 2017, at 3:00 PM to the District.

21

VII. PROPOSAL EVALUATION AND AWARD OF CONTRACT

A. Governing Rules

The selection and award of a contract for the requested services shall be made pursuant tothis Request for Proposals and the District’s Procurement Policies and Procedures, copiesof which are available upon request from the District. Proposals will be uniformly andobjectively evaluated by a selection committee comprised of District’s staff and possiblymembers from other agencies. The proposal shall be of such scope and depth tosufficiently describe and demonstrate the proposer’s understanding of and approach tothe project. Submittal of incomplete or vague responses to any section or subsection ofthis RFP may result in rejection of the proposal.

B. Evaluation Process – Phase I

Proposals will be initially evaluated based on the written material submitted by theproposers and the criteria set forth in this Request for Proposals. The criteria for rankingwill be based on the following:

1. Services to be provided2. Cost for services3. Laboratory Qualifications and Experience4. Personnel Qualifications and Experience5. Final Report of Analysis and EDD compliance6. Local Business Enterprise (LBE), Small Business Enterprise (SBE) and Veteran

Business Enterprise (VBE) Preference

Local Business Enterprise (LBE) and Small Business Enterprise (SBE) and VeteranBusiness Enterprise (VBE) Preference –

The District may give preference in the evaluation of proposals to proposers based on theextent of participation demonstrated through compliance with LBE, SBE, and VBEparticipation. For purposes of this evaluation, the District may provide preference of up to5% of the total evaluation points for consultants with at least 20% participations of LBE orat least 20% participations of SBE/VBE. A Local Business Enterprise (LBE) is defined as avendor, contractor, or consultant who has a valid physical business address and anestablished place of business: (1) located within five miles of the District’s serviceboundary or (2) located within a city that is situated within five miles of the District’sservice boundary.

A Small Business Enterprise (SBE) shall mean a small business enterprise certified as suchby any branch of the Federal Government, the State of California, or by any other PublicEntity within the State of California as defined by California Public Contract Code Section1100. To qualify for the SBE Preference, SBEs must be certified as such at the time theproposal is submitted to the District. Proof of certification should be submitted to theDistrict along with the proposal, and not later than two (2) business days after the deadline

22

for submitting proposals. Proof shall include a copy of each SBE’s certification or otherappropriate documentary evidence by the certifying public entity. Proof of certification maybe subject to verification by the District. The District shall not, however, be required toverify the accuracy of any such certifications, and shall have the sole discretion to determineif a respondent is a SBE. Companies having certifications for Veteran Business Enterprise(VBE) may submit such certifications, which may be used by the District in partialfulfillment of the 20% SBE participation.

For companies with multiple offices, the office affiliation of the proposed individualsworking on the project will be used as a means to estimate the company’s LBEparticipation.

For Local Business Enterprise (LBE), Small Business Enterprise (SBE), and VeteranBusiness Enterprise (VBE) preference consideration, the Consultant and SubconsultantStatus as LBE, SBE, and VBE form, which is attached to this RFP as Attachment A, mustbe completed.

C. Evaluation Process - Phase II

After performing an initial evaluation of all proposals, the District may prepare a shortlist of the most qualified proposers, and will notify each proposer of its selection status.

The District may conduct interviews and laboratory site visits with Laboratories on theshort list. Proposers agree to make their proposed Project Team members available forsuch interviews/site visits upon reasonable notice, and to provide any additionaldocumentation reasonably required by the District to evaluate proposals. EachLaboratory will then be reevaluated using the same criteria for the written proposals,based on the written proposals and any additional information provided during theinterview process and from references. The successful Laboratory will then bedetermined from the set of final scores.

D. Award of Contract

The services required in the RFP, the successful proposal, the purchase order, contractand any written changes or amendments to the scope of services shall represent the entireagreement between the parties and shall supersede all prior written or oralrepresentations, discussions, and agreements. Furthermore, this RFP is not only meant toaid in the preparation of proposals, but also intended to serve as a binding technicalguidance document for the Laboratory. The successful organization is deemed bound toexecute all requirements as listed and prescribed in this RFP unless the District’sProgram Manager waives or otherwise modifies aspects of the technical scope of work inwriting.

The successful Laboratory will be required to enter into a contract with WRD in the formand subject to the terms of the Agreement provided in Appendix B. The District reserves

23

the right, in its sole discretion, to reject all proposals. Any proposals that are determinedto be not in compliance with bid requirements shall be rejected.

The District shall then enter into negotiations with the Laboratory ranked highest by theDistrict, and thereafter award the contract to such Laboratory at a price that is fair andreasonable to the District. If the District is unable to successfully negotiate an agreementwith the initially highest-ranked proposer, it shall terminate those negotiations, and enterinto negotiations with each successively highest-ranked proposer until an agreement isreached, or else WRD shall reject all proposals. When an agreement has been reached,award of the contract to the successful proposer shall be recommended to the District’sBoard which, at its sole discretion may either award the contract to said proposer or rejectall proposals.

If you have any questions regarding this RFP or require additional project details, please submityour written requests by November 15, 2017 at 3 p.m., to Ms. Charlene King, Program Manager,by fax at (562) 275-4252 or email [email protected]. Responses will be provided with copies to alllaboratories that received and RFP.

.

ATTACHMENT A

CONSULTANT AND SUB-CONSULTANT STATUS

Cer

tifi

cati

on

(SB

E o

r V

BE)

Cer

tify

ing

Age

ncy

% W

ork

Dis

trib

uti

on

Off

ice

Loca

tio

nZi

p C

od

e

LBE

(Y o

r N

)

% W

ork

Dis

trib

uti

on

% W

ork

by

LBE

Pri

me

Co

nsu

ltan

t

%%

%%

%%

%%

%%

%%

Sub

tota

l Pri

me

Co

nsu

lta

nts

%%

%

Sub

con

sult

ants

%%

%%

%%

%%

%%

%%

%%

Sub

tota

l Su

bco

nsu

lta

nts

%%

%

Tota

l%

%%

Pro

fess

ion

al S

erv

ice

s fo

r A

rch

ite

ctu

ral a

nd

En

gin

ee

rin

g D

esi

gn S

erv

ice

s fo

r W

RD

's F

ield

Op

era

tio

ns

and

Sto

rage

An

ne

x P

rop

ert

y

Stat

us

of

SBE

and

VB

EO

ffic

e L

oca

tio

ns

& L

BE

Stat

us

Att

ach

me

nt

B -

Co

nsu

ltan

t an

d S

ub

con

sult

ant

Stat

us

as L

BE,

SB

E an

d V

BE

.

APPENDICES

.

Appendix A

Fee Schedule for Services

Notes for Completing Appendix A-1, A-2, and A-3

(1) The unit costs include costs for all other services described in the RFP, e.g.courier service, sample kit preparation, QA/QC, EDD reporting, and othervalue added services.

(2) For any test method that provides multiple values, please note in the UnitPrice column "Incl. with Method ____". Do not enter additional prices. Forexample, enter only the unit price for benzene, and under all other VOC's,insert "Incl. with Method 524.2" as the unit price.

NAME OF LABORATORY (ENTER NAME)

ANALYTICAL CATEGORY ANALYTICAL EST. # OFSTANDARDUNIT PRICE

RUSHUNIT PRICE (1,2) TOTAL

AND TESTS METHOD(S) SAMPLES ($ PER SAMPLE) ($ PER SAMPLE) ANNUAL COST

ANNUALLY(# of Samples x Standard

Unit Price)(subject to change)

Title 22 General Minerals: 85

General Physicals: 65

Color, Odor, Turbidity

Inorganic Chemicals: 65

Nitrate or Nitrite 145Perchlorate 85Iron 100Manganese 150Single trace metal analysis 26Hexavalent chromium by 218.6 100Total Organic Carbon (TOC) 25Total Fuel Hydrocarbons (gas and diesel) byEPA 8015M 4

Volatile Organic Chemicals by EPA 524.2 OR502.2(Please list 524 analytes on separate sheet)

270

VOC confirmation (up to 3 analytes) by EPA524.2 OR 502.2 unspecified

MTBE (alone) by EPA 524.2 OR 502.2 unspecified

Semi-Volatile Organic Chemicals (SOCs)(Please list analytes on separate sheet)

PLEASE ATTACHMETHODS ONSEPARATE SHEET

75

EDB and DBCP by EPA 504.1 0

DEHA, DEHPand benzo(a)pyrene by EPA 525.2 0

Carbamates by EPA 531.1(Please list 531.1 analytes on separate sheet) 0

Glyphosate by EPA 547 0

Organochlorine Pesticides and PCB's by EPA508(Please list 508 analytes on separate sheet)

0

PCBS ONLY 0

Herbicides by EPA 515(Please list 515 analytes on separate sheet) 0

1,4-Dioxane by EPA 8270M 165Gross Alpha 30Uranium 30

Radium 226 30

Radium 228 30

Radon 222 0

Gross Beta 0

Strontium-90 0

Tritium 0

Field Sample Collection 200Unregulated Contaminant MonitoringRegulation (UCMR 4)(Please list details on Appendix A-2)

Notification Level Contaminant Monitoring(Please list details on Appendix A-3)

TOTAL ANNUAL COST

APPENDIX A -1

Chloride, Sulfate, Alkalinity, TDS, pH, MBAS, Conductivity,Hydroxide, Carbonate, Bicarbonate, Calcium, Sodium,Potassium, Magnesium, Hardness, Manganese, Iron, Zinc,Agressiveness

PLEASE ATTACHMETHODS ONSEPARATE SHEET

PLEASE ATTACHMETHODS ONSEPARATE SHEET

Nitrate, Nitrite, Fluoride, Aluminum, Asbestos, Barium,Chromium, Cyanide, Silver, Mercury, Lead, Arsenic,Selenium, Antimony, Nickel, Thallium, Beryllium, Cadmium,Copper

PLEASE ATTACHMETHODS ONSEPARATE SHEET

WATER REPLENISHMENT DISTRICT TITLE 22 GROUNDWATER QUALITY MONITORING PROGRAM

CY 2018-20 ANALYTICAL SERVICES PRICE SHEET

NAME OF LABORATORY (ENTER NAME)

MRL Units DL Method UsedProjected tests

per yearStandard

Unit Price (1,2)Rush Unit Price

(1,2)(2) ($ per sample) ($ per sample)

(subject tochange)

NOTES:[1]

[2]

Assessment Monitoring List 1

1 total microcystin 0.3 ug/L EPA 546 50

2 microcystin-LA 0.008 ug/L EPA 544 50

3 microcystin-LF 0.006 ug/L EPA 544 50

4 microcystin-LR 0.02 ug/L EPA 544 50

5 microcystin-LY 0.009 ug/L EPA 544 50

6 microcystin-RR 0.006 ug/L EPA 544 50

7 microystin-YR 0.02 ug/L EPA 544 50

8 nodularin 0.005 ug/L EPA 544 50

9 anatoxin 0.03 ug/L EPA 545 50

10 cylindrospermopsin 0.09 ug/L EPA 545 50

11 germanium 0.3 ug/L EPA 200.8 50

12 manganese 0.4 ug/L EPA 200.8 50

13 alpha-hexachlorocyclohexane 0.01 ug/L EPA 525.3 50

14 chlorpyrifos 0.03 ug/L EPA 525.3 50

15 dimethipin 0.2 ug/L EPA 525.3 50

16 ethoprop 0.03 ug/L EPA 525.3 50

17 oxyfluorfen 0.05 ug/L EPA 525.3 50

18 profenofos 0.3 ug/L EPA 525.3 50

19 tebuconazole 0.2 ug/L EPA 525.3 50

20 total permethrin (cis- & trans-) 0.04 ug/L EPA 525.3 50

21 tribufos 0.07 ug/L EPA 525.3 50

22 HAA5 N/A ug/LEPA 552.3 or

EPA 557 6

23 HAA6Br N/A ug/LEPA 552.3 or

EPA 557 6

24 HAA9 N/A ug/LEPA 552.3 or

EPA 557 6

25 1-butanol 2 ug/L EPA 541 6

26 2-methoxyethanol 0.4 ug/L EPA 541 6

27 2-propen-1-ol 0.5 ug/L EPA 541 6

28 butylated hydroxyanisole 0.03 ug/L EPA 530 6

29 o-toluidine 0.007 ug/L EPA 530 6

30 quinoline 0.02 ug/L EPA 530 6

31

TOC & Bromide Indicators (samplescollected at the same time as HAAsamples N/A

TOC-EPA 415.3Bromide- EPA

300.0 (Rev. 2.1),300.1(Rev1.0) 6

APPENDIX A - 2

Fee Schedule for Laboratory Analytical Servicesfor Water Replenishment District of Southern California

Contaminant

CY 2018-20 ANALYTICAL SERVICES PRICE SHEET

Total Cost List 1-CyanotoxinsTotal Cost- Additional

Containants

These unit costs include costs for all other services described in the RFP, e.g. courier service, sample kit preparation, QA/QC, EDD reporting, and othervalue added services. For any test method that provides multiple values, please note in the Unit Price column "Incl. with Method ____". Do not enter additional prices. Forexample, enter only the unit price for benzene, and under all other VOC's, insert "Incl. with Method 524.2" as the unit price.

UCMR 4 Contaminant Monitoring

MinimumReporting

Limit

A-2, UCMR 4 Sampling

NAME OF LABORATORY (ENTER NAME)

MCL or NL Units DLMethod Used

(2)Projected

tests per yearUnit Price (1,2)($ per sample)

Rush Unit Price(1,2) ($) per

sample)

NOTES:[1]

[2]

Notification Levels - Current List (February 4, 2015)

1 Boron 1 mg/L 0.05 EPA 200.7 Unknown

2 n-butylbenzene 0.26 mg/L 0.0005 EPA 524.2 Unknown

3 sec-Butylbenzene 0.26 mg/L 0.0005 EPA 524.2 Unknown

4 tert-Butylbenzene 0.26 mg/L 0.0005 EPA 524.2 Unknown

5 Carbon disulfide 0.16 mg/L 0.0005 EPA 624 Unknown

6 Chlorate 0.8 mg/L 0.01 EPA 300.1B Unknown

72-Chlorotoluene (orthochlorotolueneor 2-chloro-1-methyl benzene) 0.14 mg/L 0.0005 EPA 524.2 Unknown

8 4-Chlorotoluene (p-chlorotoluene) 0.14 mg/L 0.0005 EPA 524.2 Unknown

9 Diazinon 0.0012 mg/L Unknown

10 Dichlorodifluoromethane (Freon 12) 1 mg/L 0.0005 EPA 524.2 Unknown

11 1,4 - Dioxane 0.003 mg/L 0.002 SW 8270, mod Unknown

12 Ethylene glycol 14 mg/L 1 Unknown

13 Formaldehyde 0.1 mg/L 0.005 SM 6252 Unknown

14Octahydro- 1,3,5,7-tetranitro-1,3,5,7-tetrazocine (HMX) 0.35 mg/L Unknown

15 Isopropylbenzene (Cumene) 0.77 mg/L 0.0005 EPA 524.2 Unknown

16 Manganese 0.5 mg/L 0.002 EPA 200.8 Unknown

17Methyl isobutyl ketone (MIBK) (4-methyl-2-pentanone) 0.12 mg/L 0.005 EPA 524.2 Unknown

18 Napththalene 0.17 mg/L 0.0005 EPA 524.2 Unknown

19 N-Nitrosodiethyamine (NDEA) 0.00001 mg/L Unknown

20 N-Nitrosodimethylamine (NDMA) 0.00001 mg/L 2E-07 EPA 1625 MOD Unknown

21 N-nitrosodi-n-propylamine (NDPA) 0.00001 mg/L EPA 625 Unknown

22 Propachlor 0.09 mg/L Unknown

23 n-Propylbenzene 0.26 mg/L 0.0005 EPA 524.2 Unknown

24Hexahydro- 1,3,5-trinitro-1-3-5-triazine (RDX) 0.0003 mg/L Unknown

25 Tertiary butyl alcohol (TBA) 0.012 mg/L 0.002 EPA 524.2 Unknown

26 1,2,3 - Trichloropropane (1,2,3-TCP) 0.000005 mg/L 0.0005 EPA 524.2 Unknown

27 1,2,4 - Trimethylbenzene 0.33 mg/L 0.0005 EPA 524.2 Unknown

28 1,3,5 - Trimethylbenzene 0.33 mg/L 0.0005 EPA 524.2 Unknown

29 2,4,6- Trinitrotoluene (TNT) 0.001 mg/L Unknown

30 Vanadium 0.05 mg/L 0.003 EPA 200.8 Unknown

These unit costs include costs for all other services described in the RFP, e.g. courier service, sample kit preparation, QA/QC, EDD reporting,and other vallue added services. For any test method that provides multiple values, please note in the Unit Price column "Incl. with Method ____". Do not enter additional prices.For example, enter only the unit price for benzene, and under all other VOC's, insert "Incl. with Method 524.2" as the unit price.

APPENDIX A -3

Fee Schedule for Laboratory Analytical Servicesfor Water Replenishment District of Southern California

Constituent

SWRCB-DDW Drinking Water Notification Levels Monitoring

CY 2018-20 ANALYTICAL SERVICES PRICE SHEET

A-3,Notification Level Sampling

Appendix B

Draft WRD Professional Services Agreement forLaboratory Services

Water Replenishment District of 1 [insert contractor name] Prof Services Contract Southern California

PROFESSIONAL SERVICES AGREEMENT

[INSERT CONTRACTOR NAME]

This Professional Services Agreement (the “Agreement”) is made and entered into this __ day of

________, _____, by and between the Water Replenishment District of Southern California (“District”) and [Insert Contractor Name], (“Consultant”) (collectively the “Parties” or

individually as “Party”) for the furnishing of certain professional services upon the following terms and conditions. 1. Scope of Services. Consultant shall perform the scope of services described in Exhibit A

hereto (“Services”). Tasks other than those specifically described in Exhibit A shall not be

performed without a prior written amendment to this Agreement.

1.1 Standard of Care. In performing the scope of services under this Agreement, Consultant shall exercise the standard of care and expertise prevailing in California for the performance of such services.

2. Term. The term of this Agreement shall commence on Month, Day, Year and shall end on Month, Day, Year (the “Expiration Date”). At least sixty (60) days prior to the

Expiration Date, District staff shall evaluate the quality of the Services that have been provided by the Consultant, the cost of such Services relative to the benefits, and the need for any continuation of the services. The results of such evaluation shall be provided to the appropriate District Committee, which committee shall provide a report to the District’s

Board of Directors (“Board”). If the Board determines that there is a demonstrated need

for the continuation of such Services, the Board may renew the Agreement on terms and conditions that do not provide for a significantly longer term, increased scope of services or increased fee schedule than is provided for in Paragraphs 1 or this Paragraph 2. If the Board desires to modify the Agreement to provide for such a significantly longer term, increased scope of services or increased fee schedule, the District shall comply with the provisions of its then current Administrative Code concerning the solicitation and approval of proposals for professional services.

2.1 Termination by District

2.1.1 Termination for Convenience. The District may terminate this Agreement for its convenience at any time upon five (5) days written notice to Consultant. Consultant’s compensation in the event of such a termination

shall be exclusively limited to payment for all authorized services performed and for all authorized expenses incurred up to the effective date

Water Replenishment District of 2 [insert contractor name] Prof Services Contract Southern California

of such termination. Consultant understands and agrees that it shall not be entitled to any additional compensation or reimbursement whatsoever in the event of such termination.

2.1.2 Consultant’s Obligations Upon Termination. Following any termination of this Agreement by the District or Consultant, the Consultant shall promptly return all District property, and shall likewise provide to District all finished and unfinished data, studies, maps, reports, and other deliverables and work-product prepared by Consultant pursuant to this Agreement.

3. Consultant’s Compensation. District will compensate Consultant for services performed and for expenses incurred pursuant to this Agreement as follows:

3.1 Fee. Consultant shall be paid in accordance with the fees and Consultant Rate Schedule attached to this Agreement as Exhibit B which may not be changed except with District’s written approval.

3.2 Reimbursable Expenses. Consultant shall be reimbursed for only pre-approved expenses, subject to the provisions of this Agreement. Consultant shall obtain the District’s prior written approval before incurring an expense not specifically provided for under this Agreement.

3.2.1 Third Party Expenses. Unless specifically provided in Exhibit B, and subject to the provisions of Paragraph 3.2, the District shall not reimburse Consultant for any costs charged to Consultant by third parties unless said costs are preapproved. In the event such costs are approved, such reimbursement shall be at cost without any markup by Consultant.

3.3 Invoices. Consultant shall submit monthly invoices to District for services performed and expenses incurred during the preceding month. District shall process Consultant’s invoice upon receipt and issue any undisputed payment in a timely manner. Consultant’s invoices shall separately identify all personnel for

whose services payment is sought, the services performed, and all expenses for which reimbursement is requested. As a condition precedent to payment, District may require Consultant to furnish supporting information and documentation for all charges for which payment is sought. District shall have the right to withhold from payments to Consultant reasonably disputed amounts including, without limitation, amounts for services not performed in accordance with this Agreement and costs, expenses or damages incurred by District as a result of Consultant’s

breach of this Agreement or Consultant’s negligence.

4. Consultant’s Obligation to Provide Notice of Changes. Consultant shall provide written notice to the District no later than twenty (20) days after the occurrence of any event (including any direction by the District) which Consultant believes requires a change in its compensation or the time for performance of its obligations under this Agreement. Said notice shall describe the event and the basis for any change in compensation or time for

Water Replenishment District of 3 [insert contractor name] Prof Services Contract Southern California

performance requested by Consultant. The Parties shall thereafter meet and confer to determine whether such a change is appropriate. However, no such change to this Agreement may be made except by written amendment to this Agreement executed by the Parties. Consultant’s failure to provide the notice required under this Paragraph shall

constitute a waiver of its right to seek a change in its compensation or the time for performance of its obligations under this Agreement.

5. Ownership and Use of Documents. All proprietary information developed by Consultant in connection with, or resulting from, this Agreement, including but not limited to inventions, discoveries, improvements, copyrights, patents, maps, reports, textual material or software programs, shall be the sole and exclusive property of the District. Consultant agrees that the compensation to be paid pursuant to this Agreement includes adequate and sufficient compensation for any proprietary information developed in connection with or resulting from this Agreement. Consultant further understands and agrees that full disclosure of all proprietary information developed in connection with, or resulting from, this Agreement shall be made to the District, and that Consultant shall do all things necessary and proper to perfect and maintain District’s ownership of such proprietary

information. All documents, reports, surveys, renderings, photographs, data and other materials furnished by the District to Consultant shall remain the exclusive property of the District and shall not be distributed or provided to third parties without the express written authorization of the District.

6. Publication of Project Information. Consultant shall notify and obtain written approval from the District before presenting verbal or written information to outside individuals or entities about the services or project for which Consultant was retained.

7. Patents and Copyrights. The Consultant shall assume all costs arising from the use of patented or copyrighted materials, including but not limited to, equipment, devices, processes, and software programs used or incorporated in the work performed under this Agreement. Consultant shall defend, indemnify hold the District, its officers, directors agents, employees, representatives and assigns harmless from any and all claims, demands, suits at law, and actions of every nature for or on account of the use of any patented or copyrighted materials.

8. Consultant’s Status. Consultant is an independent contractor and neither Consultant nor any employee of Consultant is or will be treated as an employee of the District under this Agreement. District controls the result to be accomplished under this Agreement, but not the means by which Consultant achieves such results.

8.1 Payments made to Consultant pursuant to this Agreement shall be the sole and complete compensation to which Consultant is entitled. Consultant is solely responsible for any taxes levied by local, state or federal authorities on such sums. Consultant shall defend and indemnify the District for any taxes, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District for failure to properly withhold taxes as a result of any determination that Consultant, or any

Water Replenishment District of 4 [insert contractor name] Prof Services Contract Southern California

of Consultant’s employees, is an employee rather than an independent contractor

of District.

8.2 District will not make any contribution to any retirement plan or Social Security on behalf of Consultant or any of Consultant’s employees. Consultant shall defend and indemnify the District for any contribution, fines, penalties and attorneys’ fees

assessed or threatened to be assessed against District for failure to contribute to any retirement plan or Social Security as a result of any determination that Consultant, or any of Consultant’s employees, is an employee rather than an

independent contractor of District.

8.3 District will not make any payments to Consultant, or Consultant’s employees,

which rely upon employee status, including, but not limited to, FLSA and other overtime and minimum wage requirements, prevailing wage laws, worker’s

compensation benefits, FMLA, CFRA, Paid Leave, and unemployment benefits. Consultant shall defend and indemnify the District for any payment, fines, penalties and attorneys’ fees assessed or threatened to be assessed against District

for failure to make any such payment or otherwise provide the benefits of such laws as a result of any determination that Consultant, or any of Consultant’s

employees, is an employee rather than an independent contractor of District.

8.4 Consultant shall comply with the Political Reform Act of 1974, as amended including, but not limited to, disclosure of all conflicts of interest and other financial disclosure requirements required thereunder.

9. Instructions to Consultant. In the performance of the services set forth in this Agreement, Consultant shall report to and receive instructions from the following person on behalf of the District: ____________________________.

10. Subconsultant Services. Any subconsultants to be used by Consultant in the performance of the scope of services shall be identified in Exhibit A hereto. Consultant shall obtain the District’s prior written approval before retaining a subconsultant to perform any

portion of the scope of services of this Agreement. Notwithstanding Consultant’s use of

any subconsultants, Consultant shall be responsible to the District for the performance of its subconsultants as it would be if Consultant had performed those services itself. Nothing in this Agreement shall be deemed or construed to create a contractual relationship between the District and any subconsultant employed by Consultant. Consultant shall be solely responsible for payments to any subconsultants. Consultant shall defend and indemnify the District for any payment, fines or penalties assessed or threatened to be assessed against District as a result of any claim brought by any subconsultant of Consultant for any matter arising from, or related to, the services performed by subconsultant under this Agreement.

11. Compliance With Laws and Regulations; Licensing. Consultant shall perform its services under this Agreement in compliance with all applicable provisions of Federal, State and local laws, statutes, codes, rules, regulations, ordinances and professional standards

Water Replenishment District of 5 [insert contractor name] Prof Services Contract Southern California

(“Applicable Laws”). By entering into this Agreement, Consultant represents and warrants that it possesses and will keep current all license and registrations required by Applicable Laws to enter into this Agreement and to perform the scope of services hereunder.

12. Insurance. Consultant, at its sole cost and expense, shall obtain, keep in force, and maintain the following policies of insurance at all times while this Agreement is in effect, and shall not commence any work under this Agreement until proof of such insurance has been provided to the District. The coverages provided by such insurance shall not be construed as limitations of liability.

12.1 Required Policies.

12.1.1 Commercial General Liability Insurance (contractual, products, and completed operations coverages included) with a combined single limit of no less than $2,000,000 per occurrence or the full per occurrence limits of the policies available, whichever is greater for bodily injury, personal injury and property damage.

12.1.2 Business or Comprehensive Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles, with a combined single limit of no less than $1,000,000 per accident.

12.1.3 Professional Liability Insurance with limits of $1,000,000 per claim and $1,000,000 in the aggregate.

12.1.4 Employers’ Liability Insurance with limits of $1,000,000 per claim and $1,000,000 in the aggregate.

12.1.5 Workers’ Compensation Insurance as required under the Workers’

Compensation Insurance and Safety Act of the State of California.

12.2 Required Terms.

12.2.1 All polices except workers’ compensation and professional liability, shall name as additional insureds the Water Replenishment District of Southern California, its directors, officers, employees, agents authorized volunteers and representatives. The coverage shall contain no special limitations on the scope of protection afforded the District, its directors, officers, employees, or authorized volunteers.

12.2.2 All policies (with the exception of Professional Liability) shall be written on an occurrence basis. If a policy may only be obtained on a claims made basis, the policy shall be maintained continuously for a period of no less than three (3) years after the date of final completion of the scope of services under this Agreement.

Water Replenishment District of 6 [insert contractor name] Prof Services Contract Southern California

12.2.3 All policies shall provide that coverage cannot be cancelled without thirty (30) days prior written notice to the District.

12.2.4 All insurance required under this Agreement shall be considered primary to any insurance maintained by the District. All policies except Professional Liability shall include waivers of subrogation in favor of the District and its insurers.

12.2.5 Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to District, its directors, officers, employees, or authorized volunteers.

12.2.6 The Consultant’s insurance shall apply separately to each insured against

whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability.

12.2.7 Liability insurance shall indemnify the Consultant and his/her sub-contractors against loss from liability imposed by law upon, or assumed under contract by, the Consultant his/her sub-contractors for damages on account of such bodily injury (including death), property damage, personal injury, completed operations, and products liability.

12.2.8 Deductibles and Self-Insured Retentions – Any deductible or self-insured

retention must be declared to and approved by District. At the option of District, the insurer shall either reduce or eliminate such deductibles or self-insured retentions. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named or additional insureds, co-insurers, and/or insureds other than the first named insured.

12.2.9 Evidence of Insurance – Prior to execution of the agreement, the Consultant

shall file with District a certificate of insurance signed by the insurer’s

representative evidencing the coverage required by this agreement. Such evidence shall include an additional insured endorsement signed by the insurer’s representative. Such evidence shall also comply with the Evidence and Required Forms of Insurance attached hereto as Exhibit “C”. In the event that the Consultant employs other contractors (sub-contractors) as part of the work covered by this agreement, it shall be the Consultant’s

responsibility to require and confirm that each sub-contractor meets the minimum insurance requirements specified above. Failure to continually satisfy the Insurance requirements is a material breach of contract.

12.2.10 All polices required under this Agreement shall be issued by companies

authorized to transact insurance business in the State of California acceptable to the District and having a Best rating of A- or equivalent or as otherwise approved by District.

Water Replenishment District of 7 [insert contractor name] Prof Services Contract Southern California

13. Indemnification. Consultant shall indemnify, defend and hold harmless the District and its directors, officers, employees, agents and representatives (collectively “District”), from

and against any and all claims, liabilities, costs, damages, suits, proceedings, injuries (including injuries to real and personal property, and injuries to persons, including death) incurred by District (“Losses”), as a result of Consultant’s breach of any provision of this

Agreement, Consultant’s failure to comply with applicable laws, Consultant’s negligent acts or omissions, or Consultant’s willful misconduct. However, Consultant’s obligation

to defend shall arise regardless of any claim or assertion that the District caused or contributed to the Losses. Nothing in this paragraph shall constitute a waiver or limitation of any legal rights which the District may have including, without limitation, the right to implied indemnity.

14. Arbitration and Attorneys’ Fees. Any dispute arising from or relating to this Agreement shall be submitted to final and binding arbitration before an arbitrator who is a member of the National Academy of Arbitrators. The parties will obtain a list of five names of potential arbitrators from the National Academy of Arbitrators, or the American Arbitration Association, and will take turns striking the names of arbitrators until one arbitrator remains, who shall preside over the arbitration. The arbitrator will have no power to rewrite any of the terms of this Agreement. The parties shall split the cost of the arbitrator’s fee and any court reporter required by the arbitrator or if both parties agree to having the proceedings taken down by a court reporter. The prevailing Party in any action arising from or relating to this Agreement shall be entitled to recover its reasonable attorneys’ fees, expert witness fees and arbitration fees and costs in addition to any other relief and recovery ordered by the arbitrator or other tribunal hearing any matter related to this Agreement. .

15. Conflict of Interest. No official of the District who is authorized in such capacity and on behalf of the District to negotiate, make, accept or approve, or to take part in negotiating, making, accepting or approving this Agreement, or any contract or subcontract relating to work to be performed pursuant to this Agreement, shall become directly or indirectly personally interested in this Agreement or in any part thereof. Consultant shall not accept employment or contract during the term of this Agreement with any firm or individual for the provision of services if such employment or contract would conflict directly with the Services provided to the District under this Agreement.

16. Equal Opportunity. During the performance of this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, marital status or national origin.

17. Successors and Assigns. This Agreement shall inure to the benefit of, and be binding upon, the District, Consultant, and their respective successors and assigns provided, however, that no assignment of the duties or benefits under this Agreement shall be made without the written consent of the Consultant and the District.

18. Choice of Law and Venue. This Agreement shall be governed by and interpreted in accordance with the laws of the State of California. The Parties agree that the exclusive

Water Replenishment District of 8 [insert contractor name] Prof Services Contract Southern California

venue for any action or proceeding arising from or relating to this Agreement shall be in the County of Los Angeles, State of California.

19. Notices. All notices provided by this agreement shall be in writing and shall be sent by first-class mail and facsimile transmission as follows:

If to the District:

Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 Phone: (562) 921-5521 Fax: (562) 921-6101

If to Consultant:

Contact Name

Address

Address

City, State ZIP

Phone:

Fax:

20. Amendments. This Agreement may be modified only by a writing signed by the Parties hereto.

21. Integration; Construction. This Agreement (inclusive of exhibits incorporated herein by this reference) sets forth the final, complete and exclusive expression of the Parties’ agreement with respect to the subject matter hereof, and supersedes any and all other agreements, representations, and promises, whether made orally or in writing. Notwithstanding anything in Exhibit A to the contrary (or any invoice or other unilateral terms or conditions provided by Consultant), in the event of any conflict or inconsistency between this Agreement and Exhibit A (or any invoice or other unilateral terms or conditions provided by Consultant), this Agreement shall control. The Parties represent and warrant that they are not entering into this Agreement based upon any representation or understanding that is not expressly set forth in this Agreement. This Agreement shall be construed as the product of a joint effort between the Parties and shall not be construed against either Party as its drafter.

22. Effective Date. This Agreement is effective as of the date first set forth above.

Water Replenishment District of 9 [insert contractor name] Prof Services Contract Southern California

23. Authority. Each person signing this Agreement represents that he or she has the authority to do so on behalf of the Party for whom he or she is signing.

IN WITNESS WHEREOF, the Parties have caused this AGREEMENT to be executed the day and year first above written.

WATER REPLENISHMENT DISTRICT OF

SOUTHERN CALIFORNIA

Signature Signature

Willard H. Murray Jr. John D.S. Allen Print Name Print Name

President, Board of Directors Secretary, Board of Directors Title Title

[INSERT CONTRACTOR NAME], ("CONSULTANT") Signature

Print Name

Title

Approved As To Form

LEAL, TREJO LLP Attorneys for the Water Replenishment District of Southern California

Water Replenishment District of Exhibit A Professional Services Contract Southern California Scope of Work

364170.3

EXHIBIT A

SCOPE OF WORK

[Insert detailed description of scope of work.]

Water Replenishment District of Exhibit B Professional Services Contract Southern California Consultant Rate Schedule

364170.3

EXHIBIT B

CONSULTANT RATE SCHEDULE

Attach provided Rate Schedule Here.

If Rate Schedule/Budget is not included in proposal, complete the following:

1.0 Consultant shall be compensated for actual services performed in accordance with this Agreement [insert appropriate language: at the hourly rates, monthly sum or the lump sum

amount.]

2.0 A budgetary amount of $____________ (which amount applies to Consultant’s fee and

reimbursable expenses) is established for this Agreement. Notwithstanding any other provision of this Agreement, the District shall not be obligated to pay Consultant any amount in excess of said budgetary amount absent prior written approval from the District. Likewise, Consultant shall not be obligated to perform services or incur expenses in excess of the budgetary amount absent prior written approval from the District.

[Insert additional terms as needed after consultation with counsel.]

Water Replenishment District of Exhibit C Professional Services Contract Southern California Evidence and Required Forms of Insurance Rev: 05/04/17

364170.3

EXHIBIT C

EVIDENCE AND REQUIRED FORMS OF INSURANCE

Checklist for Additional Insured Endorsement Contractor Name

Project Name:

Refer to the Additional Insured Endorsements forms E1-8 following:

Endorsement(s)

Additional Insured (AI) Status – GENERAL LIABILITY - Member Water District, its directors, officers, employees, or authorized volunteers are named as additional insureds - as broad as following forms: o Form CG 20 10 11 85 (E1) or

o BOTH CG 20 10 (E2) and CG 20 37 (E3) if forms with later edition dates provided (usually 10 01 or 07 04 editions). Also acceptable CG 20 10 04 13 (or older editions E2) specifically naming the District parties or using language that states "as required by contract")

o “Blanket” Endorsement - (no specific policy number) (E4) covering one or more of the above endorsements required with words "as required by written contract/agreement".

o If large number of Subcontractors - Additional Insured endorsement CG 20 38

04 13 recommended. (E5)

o Policy numbers - matches policy number shown on Certificate of Insurance. (see Optional Dec. Page/Endorsement pages below)

o Primary Coverage – The primary/non-contributory language is included. “The insurance provided by this policy shall be primary as respects any claims related to the ____________ Project. Any insurance, self-insurance, or other coverage maintained by the district, its directors, officers, employees, or volunteers shall not contribute to it.” e.g. Form CG 20 01 (E6)

Auto liability (Optional (E7)) AI - most standard forms have automatic AI but some carriers provide endorsement

Waiver of Subrogation (Workers Compensation and Property (Course of Construction, if required in contract) (E8)

Optional - For extra confidence in verifying coverage require Declaration Page and Endorsement Schedule pages - compare the endorsement numbers. Look out for Amendment of contractual liability and or prior works exclusions - refer to Legal Counsel.

Appendix C

Electronic Data Deliverables Format

Page 1 of 2

Standard Excel EDD Format

The Excel EDD format submitted to the District will include three worksheet Excel tabs (SAMPDATA, QCDATA, LNOTE). The Excel EDD Sample Data format will include the following fields:

• CLIENT • PROJECT • PROJECT NUMBER • LAB NAME • SAMPLE NAME • LAB SAMPLE ID • MATRIX • RPT MATRIX • SAMPLE DATE • PREP DATE • ANA DATE • BATCH • METHOD CODE • METHOD NAME • PREP NAME • ANALYTE • CAS NUMBER • SURROGATE • TIC • RESULT • DL • RL • UNITS • BASIS • DILUTION • SPIKE LEVEL • RECOVERY • UPPER CL • LOWER CL • ANALYST • PSOLIDS • LNOTE • ANOTE

Page 2 of 2

• LATITUDE • LONGITUDE • SCOMMENT • SNOTE1 • SNOTE2 • SNOTE3 • SNOTE4 • SNOTE5 • SNOTE6 • SNOTE7 • SNOTE8 • SNOTE9 • SNOTE10 • ANALYTE ORDER

Appendix D

WRD STORET Codes

APPENDIX D

Analyte

Storet No.or

AssignedID No.

ReportingUnits MCL DLR Notes

1,1,1,2-Tetrachloroethane 77562 µg/L 0.51,1,1-Trichloroethane (1,1,1-TCA) 34506 µg/L 200 0.51,1,2,2-Tetrachloroethane 34516 µg/L 1 0.51,1,2-Trichloroethane (1,1,2-TCA) 34511 µg/L 5 0.51,1-Dichloroethane (1,1-DCA) 34496 µg/L 5 0.51,1-Dichloroethylene (1,1-DCE) 34501 µg/L 6 0.51,1-Dichloropropane A-007 µg/L1,1-Dichloropropene 77168 µg/L 0.51,2,3-Trichlorobenzene 77613 µg/L 0.51,2,3-Trichloropropane 77443 µg/L 0.0051,2,3-Trimethylbenzene 77221 µg/L 0.51,2,4-Trichlorobenzene 34551 µg/L 5 0.51,2,4-Trimethylbenzene 77222 µg/L 0.51,2-Dichlorobenzene (o-DCB) 34536 µg/L 600 0.51,2-Dichloroethane (1,2-DCA) 34531 µg/L 0.5 0.51,2-Dichloropropane 34541 µg/L 5 0.51,2-Diphenylhydrazine 34346 µg/L1,3,5-Trichlorobenzene 77614 µg/L1,3,5-Trimethylbenzene 77226 µg/L 0.51,3-Dichlorobenzene (m-DCB) 34566 µg/L 0.51,3-Dichloropropane 77173 µg/L 0.51,3-Dichloropropene, Total 34561 µg/L 0.5 0.51,3-Dinitrobenzene A-083 µg/L1,4-Dichlorobenzene (p-DCB) 34571 µg/L 5 0.51,4-Dichlorobutane 77285 µg/L1,4-Dioxane A-032 µg/L 117-B estradiol A-052 µg/L1-Naphthol 77441 µg/L2,2',4,4',5,5'-Hexabromobiphenyl A-086 µg/L2,2',4,4',5,5'-Hexabromodiphenyl Ether A-087 µg/L2,2',4,4',5-Pentabromodiphenyl Ether A-085 µg/L2,2',4,4',6-Pentabromodiphenyl Ether A-088 µg/L2,2',4,4'-Tetrabromodiphenyl Ether A-084 µg/L2,2-Dichloropropane 77170 µg/L 0.5

2,3,7,8-TCDD (Dioxin) 34676 pg/L 30 52,4,5-TP (SILVEX) 39045 µg/L 50 12,4,6-Trichlorophenol 34621 µg/L 52,4,6-Trinitrotoluene (TNT) 81360 µg/L2,4-D 39730 µg/L 70 102,4-Dichlorophenol 34601 µg/L 52,4-Dimethylphenol 34606 µg/L 52,4-Dinitrophenol 34616 µg/L 52,4-Dinitrotoluene 34611 µg/L 52,6-Dinitrotoluene 34626 µg/L 52-Chloroethylvinyl Ether 34576 µg/L2-Chloronaphthalene 34581 µg/L 52-Chlorophenol 34586 µg/L 52-Chlorotoluene A-008 µg/L 0.52-Methyl-4,6-Dinitrophenol 34657 µg/L 52-Methylphenol A-046 µg/L2-Nitrophenol 34591 µg/L 53,3-Dichlorobenzidine 34631 µg/L 203-Hydroxycarbofuran A-021 µg/L 34,4’-DDD 39310 µg/L 0.024,4’-DDE 39320 µg/L 0.014,4’-DDT 39300 µg/L 0.024,6-Dinitro-o-cresol A-050 µg/L4-Bromophenyl Phenyl Ether 34636 µg/L 54-Chloro-3-Methylphenol 34452 µg/L 5

Reporting units include micrograms per liter (µg/L), milligrams per liter (mg/L), picograms per liter (pg/L), million fibers per liter (MFL),millirems per year (mrem/yr), and picocuries per liter (pCi/L). MCL = maximum contaminant level; DLR = detection limit for purposes ofreporting.

Drinking Water Analyses: Chemicals and CharacteristicsLast Update: October 3, 2017

This lookup table is a compilation of chemicals and characteristics that are contained in the Storet.dbf. WQM Documentation.doc is areference guide for the Storet.dbf and both files can be found on the Download webpage(http://www.waterboards.ca.gov/drinking_water/certlic/drinkingwater/EDTlibrary.shtml).

In case of discrepancies on this list of analytes or the information presented in Write-On, please refer to the Storet.dbf documentation.

units = picogram/L (pg/L)

APPENDIX D Page 1 of 7

APPENDIX D

4-Chlorophenyl phenyl Ether 34641 µg/L 54-Chlorotoluene A-009 µg/L 0.54-Nitrophenol 34646 µg/L 5Acenaphthene 34205 µg/L 5Acenaphthylene 34200 µg/L 5Acetaldehyde 77001 µg/LAcetaminophen A-058 µg/LAcetochlor 04240 µg/LAcetochlor Ethane Sulfonic Acid (ESA) A-089 µg/LAcetochlor Oxanilic Acid (OA) A-090 µg/LAcetone 81552 µg/LAcrylonitrile (Acritet) 34216 µg/LAggressiveness Index 82383Alachlor (ALANEX) (also UCMR 2 Monitoring-TM 525.2)77825 µg/L 2 1Alachlor Ethane Sulfonic Acid (ESA) A-094 µg/LAlachlor Oxanilic Acid (OA) A-091 µg/LAldicarb (TEMIK) 39053 µg/L 3Aldicarb Sulfone A-020 µg/L 4Aldicarb Sulfoxide A-019 µg/L 3Aldrin 39330 µg/L 0.075Alkalinity, (Total) (as CaCO3 equivalents) 00410 mg/Lalpha-BHC 39337 µg/L 0.01Aluminum (Al) 01105 ug/L 1000 50Ammonia 00612 mg/LAmoxicillin A-059 µg/LAnthracene 34220 µg/L 5Antimony 01097 ug/L 6 6Arsenic 01002 ug/L 10 2Asbestos 81855 MFL 7 0.2Atrazine (AATREX) 39033 µg/L 1 0.5Azithromycin A-060 µg/LBarium (Ba) 01007 ug/L 1000 100Bentazon (BASAGRAN) 38710 µg/L 18 2Benzene 34030 µg/L 1 0.5Benzidine 39120 µg/L 5Benzo (a) Anthracene 34526 µg/L 10Benzo (b) Fluoranthene 34230 µg/L 10Benzo (ghi) Perylene 34521 µg/L 10Benzo (k) Fluoranthene 34242 µg/L 10Benzo(a)pyrene 34247 µg/L 0.2 0.1Benzyl Butyl Phthalate 34292 µg/L 10Beryllium 01012 ug/L 4 1beta-BHC 39338 µg/L 0.05Bicarbonate (as HCO3) 00440 mg/Lbis (2-Chloroethoxy) methane 34278 µg/L 5bis (2-Chloroethyl) Ether 34273 µg/Lbis (2-Chloroisopropyl) Ether 34283 µg/L 5bis-1,1-Dimethylethylperoxide A-018 µg/Lbis-1,1-Dimethylperoxide A-015 µg/LBisphenol A 81651 µg/LBoron 01020 ug/L 100Bromacil (HYVAR) 82198 µg/L 10

Bromate A-027 ug/L 10 5.0Bromide 82298 mg/LBromobenzene 81555 µg/L 0.5Bromochloroacetic Acid (BCAA) A-038 µg/L 1Bromochloromethane A-012 µg/L 0.5Bromodichloroacetic Acid (BDCAA) A-039 µg/L 1Bromodichloromethane 32101 µg/L 1.0Bromoform 32104 µg/L 1.0Bromomethane (Methyl Bromide) 34413 µg/L 0.5Butachlor 77860 µg/L 0.38Cadmium (Cd) 01027 ug/L 5 1Caffeine 81436 µg/LCalcium (Ca) 00916 mg/LCarbamazepine A-061 µg/LCarbaryl (Sevin) 77700 µg/L 5Carbofuran (FURADAN) 81405 µg/L 18 5Carbon Dioxide 77000 ug/LCarbon Disulfide 77041 µg/L 0.5Carbon Tetrachloride 32102 µg/L 0.5 0.5Carbonate (as CO3) 00445 mg/LChlorate A-037 ug/L 20Chlordane 39350 µg/L 0.1 0.1

Also has a secondary MCL of 200 µg/L

NOTE: DLR is 1.0 ug/L for analysis performedusing EPA Method 317.0 Revision 2.0, 321.8,or 326.0 (per §64533(a))

APPENDIX D Page 2 of 7

APPENDIX D

Chloride 00940 mg/L 500Chlorine Dioxide 50070 mg/LChlorite 50074 mg/L 1.0 0.020Chloroethane 34311 µg/L 0.5Chloroform (Trichloromethane) 32106 µg/L 1.0Chloromethane (Methyl Chloride) 34418 µg/L 0.5Chlorothalonil (DACONIL, BRAVO) 70314 µg/L 5Chromium (Total Cr) 01034 ug/L 50 10Chromium, hexavalent (CrVI) 01032 ug/LChrysene 34320 µg/L 5Ciprofloxacin A-062 µg/Lcis-1,2-Dichloroethylene (c-1,2-DCE) 77093 µg/L 6 0.5Cobalt 01035 ug/LColor, Apparent (Unfiltered) 00081 UNITS 15Combined Ra 226 + Ra 228 11503 pCi/L 5Combined Ra 226 + Ra 228 Counting Error 11504 pCi/LCombined Ra 226 + Ra 228 MDA95 A-076 pCi/LCopper (Cu) 01042 ug/L 1000 50Cyanide 01291 ug/L 150 100Dalapon 38432 µg/L 200 10DCPA (total di & mono acid degradates) A-045 µg/Ldelta-BHC 34259 µg/L 0.05Di(2-ethylhexyl) Adipate A-026 µg/L 400 5Diazinon 39570 µg/LDibenzo (a,h) anthracene 34556 µg/L 5Dibromoacetic Acid (DBAA) 82721 µg/L 1.0Dibromochloroacetic Acid (CDBAA) A-040 µg/L 2Dibromochloromethane 32105 µg/L 1.0Dibromochloropropane (DBCP) 38761 µg/L 0.2 0.01Dibromomethane 77596 µg/L 0.5Dicamba (BANVEL) 82052 µg/L 1.5Dichloroacetic Acid (DCAA) 77288 µg/L 1.0Dichlorodifluoromethane (Freon 12) 34668 µg/L 0.5Dichloromethane (Methylene Chloride) 34423 µg/L 5 0.5Dieldrin 39380 µg/L 0.02Diethylbenzene 78214 µg/LDiethylhexylphthalate (DEHP) 39100 µg/L 4 3Diethylphthalate 34336 µg/L 5Diisopropyl Ether (DIPE) A-036 µg/L 3Dimethoate (CYGON) 38458 µg/LDimethyl phthalate 34341 µg/L 5di-n-Butylphthalate 39110 µg/L 5di-n-Octylphthalate 34596 µg/L 5Dinoseb (DNBP) 81287 µg/L 7 2Diquat 78885 µg/L 20 4Diuron 39650 µg/LEndosulfan I 34361 µg/L 0.01Endosulfan II 34356 µg/L 0.01Endosulfan Sulfate 34351 µg/L 0.05Endothall 38926 µg/L 100 45Endrin 39390 µg/L 2 0.1Endrin Aldehyde 34366 µg/L 0.05Estrone A-053 µg/LEthinyl estradiol A-051 µg/LEthyl Benzene 34371 µg/L 300 0.5Ethylene Dibromide (EDB) 77651 µg/L 0.05 0.02Ethylenediamine tetra-acetic acid (EDTA) 78151 µg/LEthyl-tert-Butyl Ether (ETBE) A-033 µg/L 3Field pH 00400 Std UnitsField Turbidity 82078 NTU 0.1Fluoranthene 34376 µg/L 5Fluorene 34381 µg/L 5Fluoride (F) (Natural-Source) 00951 mg/L 2.0 0.1Fluoride (Treatment Related-Distribution) A-035 mg/L 0.1Foaming Agents (MBAS) 38260 mg/L 0.5Fonofos 04095 µg/Lgamma-BHC 39340 µg/L 0.2 0.2Gemfibrozil A-063 µg/LGlyoxal A-048 µg/LGlyphosate 79743 µg/L 700 25Gross Alpha 01501 pCi/L 15 3Gross Alpha Counting Error 01502 pCi/L

Gross Alpha MDA95 A-072 pCi/LGross Beta 03501 pCi/L 50 4Gross Beta Counting Error 03502 pCi/L

Secondary MCL

Secondary MCL

Secondary MCL

MDA95 is Minimum Detectable Activity at the95% confidence level, per 22 CCR 64442 and

64443.

Upper Secondary MCL

APPENDIX D Page 3 of 7

APPENDIX D

Gross Beta MDA95 A-077 pCi/L

Gross Beta, Calculated Dose Equivalent A-071 mrem/yr 4Haloacetic Acids (five) (HAA5) A-049 µg/L 60Hardness, (Total) as CACO3 00900 mg/LHeptachlor 39410 µg/L 0.01 0.01Heptachlor Epoxide 39420 µg/L 0.01 0.01Hexachlorobenzene 39700 µg/L 1 0.5Hexachlorobutadiene 34391 µg/L 0.5Hexachlorocyclopentadiene 34386 µg/L 50 1Hexachloroethane 34396 µg/L 5Hexanol 81591 µg/LHydrazine 81313 µg/LHydrogen Sulfide 71875 mg/LHydroxide (as OH) 71830 mg/LIbuprofen A-064 µg/LIndeno (1,2,3-cd) Pyrene 34403 µg/L 10Iodide 71865 mg/LIodinated contrast media A-065 µg/LIron (Fe) 01045 ug/L 300 100Isophorone 34408 µg/L 10Isopropyl alcohol 77015 µg/LIsopropylbenzene (Cumene) 77223 µg/L 0.5Kerosine 78878 µg/LLangelier Index at 60 C 71813Langelier Index at Source Temp. 71814Lead (Pb) 01051 ug/L 5Lindane (gamma-BHC) 39340 µg/L 0.2 0.2Lipitor A-066 µg/LLithium 01132 ug/Lm,p-Xylene A-014 µg/L 0.5Magnesium (Mg) 00927 mg/LManganese (Mn) 01055 ug/L 50 20MBAS (Foaming Agents) 38260 mg/L 0.5Mercury (Hg) 71900 ug/L 2 1Methadone A-067 µg/LMethomyl 39051 µg/L 2Methoxychlor 39480 µg/L 30 10Methyl Ethyl Ketone (MEK, Butanone) 81595 µg/L 5Methyl Isobutyl Ketone (MIBK) 81596 µg/L 5Methyl tert-Butyl Ether (MTBE) 46491 µg/L 13 3Metolachlor 39356 µg/LMetolachlor Ethane Sulfonic Acid (ESA) A-092 µg/LMetolachlor Oxanilic Acid (OA) A-093 µg/LMetribuzin 81408 µg/LMolinate (ORDRAM) 82199 µg/L 20 2Molybdenum 01062 ug/LMonobromoacetic Acid (MBAA) A-041 µg/L 1.0Monochloroacetic Acid (MCAA) A-042 µg/L 2.0Monochlorobenzene (Chlorobenzene) 34301 µg/L 70 0.5Morphine A-068 µg/Lm-Xylene 81710 µg/L 0.5Naphthalene 34696 µg/L 0.5n-Butylbenzene A-010 µg/L 0.5Nickel 01067 ug/L 100 10Nitrate (as NO3) 71850 mg/L 45 2Nitrate as Nitrogen (N) 00618 mg/L 10 0.4Nitrate + Nitrite as Nitrogen (N) A-029 mg/L 10 0.4Nitrite as Nitrogen (N) 00620 mg/L 1 0.4Nitrobenzene 34447 µg/LN-Nitrosodiethylamine (NDEA) 78200 µg/LN-Nitrosodimethylamine (NDMA) 34438 µg/LN-Nitrosodi-n-butylamine (NDBA) 78207 µg/LN-Nitrosodi-n-propylamine (NDPA) 34428 µg/LN-Nitrosodiphenylamine 34433 µg/LN-Nitrosomethylethylamine (NMEA) A-070 µg/LN-Nitrosopiperidine (NPIP) 73283 µg/LN-Nitrosopyrrolidine (NPYR) 78206 µg/Ln-Octacosane 78116 µg/LNonylphenol 77745 µg/LNonylphenol polyethoxylate A-054 µg/Ln-Propylbenzene 77224 µg/L 0.5Octylphenol A-055 µg/LOctylphenol polyethoxylate A-056 µg/L

Secondary MCL

Secondary MCLSecondary MCL

Also has a secondary MCL of 5 µg/L

MDA95 is Minimum Detectable Activity at the95% confidence level, per 22 CCR 64442 and

64443.

Gross Beta, Calculated Total Body or OrganDose Equivalent, per 22 CCR 64443.

APPENDIX D Page 4 of 7

APPENDIX D

Odor Threshold @ 60 C 00086 TON 3 1Oxamyl (Vydate) 38865 µg/L 50 20O-Xylene 77135 µg/L 0.5Parachlorometa cresol 34453 µg/LPCB-1016 (as decachlorobiphenyl (DCB)) 34671 µg/L 0.5PCB-1221 (as DCB) 39488 µg/L 0.5PCB-1232 (as DCB) 39492 µg/L 0.5PCB-1242 (as DCB) 39496 µg/L 0.5PCB-1248 (as DCB) 39500 µg/L 0.5PCB-1254 (as DCB) 39504 µg/L 0.5PCB-1260 (as DCB) 39508 µg/L 0.5PCBs, total -- See "Polychlorinated Biphenyls, Total, as DCB" (below) 0.5 0.5Pentachloroethane 81501 µg/LPentachlorophenol (PCP) 39032 µg/L 1 0.2Perchlorate A-031 ug/L 6 4Perfluorooctanoic Acid (PFOA) C2806 ng/L 20Perfluorooctyl Sulfonate (PFOS) C2805 ng/L 40Perfluorobutanesulfonic Acid (PFBS) C2801 ng/LPerfluoroheptanoic Acid (PFHPA) C2802 ng/LPerfluorohexane Sulfonic Acid (PFHXS) C2803 ng/LPerfluorononanoic Acid (PFNA) C2804 ng/LpH, Laboratory 00403 Std UnitsPhenanthrene 34461 µg/L 5Phenol (Carbolic Acid) 34694 µg/L 5Phosphate (as PO4) 00650 mg/L

Secondary MCL

APPENDIX D Page 5 of 7

APPENDIX D

Phosphate, Ortho (as PO4) 00660 mg/LPicloram 39720 µg/L 500 1p-Isopropyltoluene A-011 µg/LPolybrominated diphenyl ethers A-057 µg/LPolychlorinated Biphenyls, Total, as DCB 39516 µg/L 0.5 0.5Potassium (K) 00937 mg/LPrometryn (CAPAROL) 39057 µg/L 2Propachlor 38533 µg/L 0.5Propane 82358 µg/LP-Xylene 78132 µg/L 0.5Pyrene 34469 µg/L 5Total radium for NTNC per §64442(b)(3) A-080 pCi/LTotal radium for NTNC per §64442(b)(3) C.E. A-081 pCi/LTotal radium for NTNC per §64442(b)(3) MDA95A-082 pCi/LRadium 226 09501 pCi/L 1Radium 226 Counting Error 09502 pCi/L

Radium 226 MDA95 A-074 pCi/LRadium 228 11501 pCi/L 1Radium 228 Counting Error 11502 pCi/L

Radium 228 MDA95 A-075 pCi/LRadon 222 82303 pCi/L 100Radon 222 Counting Error 82302 pCi/LRDX (Hexahydro-1,3,5-trinitro-1,3,5-triazine) 81364 µg/LSalicylic acid 77403 µg/Lsec-Butylbenzene 77350 µg/L 0.5Selenium (Se) 01147 ug/L 50 5Silica 00955 mg/LSilver (Ag) 01077 ug/L 100 10Simazine (PRINCEP) 39055 µg/L 4 1Sodium (Na) 00929 mg/LSodium Absorption Ratio 00931Source Temperature 00010 CSpecific Conductance (E.C.) 00095 umhos 1600 Upper Secondary MCLStrontium – 90 13501 pCi/L 8 2Strontium – 90 Counting Error 13502 pCi/L

Strontium – 90 MDA95 A-078 pCi/LStyrene 77128 µg/L 100 0.5Sulfate (SO4) 00945 mg/L 500 0.5Sulfide 00745 mg/LTerbacil 38882 µg/LTerbufos 82088 µg/LTerbufos Sulfone 45612 µg/Ltert-Amyl Methyl Ether (TAME) A-034 µg/L 3tert-Butyl Alcohol (TBA) 77035 µg/L 2tert-Butyl Formate (TBF) A-047 µg/Ltert-Butylbenzene 77353 µg/L 0.5Tetrachloroethylene (PCE) 34475 µg/L 5 0.5Thallium 01059 ug/L 2 1Thiobencarb (BOLERO) A-001 µg/L 70 1Toluene 34010 µg/L 150 0.5Total 1,3-Dichloropropene 34561 µg/L 0.5 0.5Total Anions me/LTotal Filterable Residue @ 180 C (TDS) 70300 mg/L 1000Total Organic Carbon (TOC) 00680 mg/L 0.3Total Trihalomethanes (TTHMs) 82080 µg/L 80Total Xylenes (m,p, & o) 81551 µg/L 1750Toxaphene 39400 µg/L 3 1trans-1,2-Dichloroethylene (t-1,2-DCE) 34546 µg/L 10 0.5Tribromoacetic Acid (TBAA) A-043 µg/L 4Trichloroacetic Acid (TCAA) 82723 µg/L 1.0Trichloroethylene (TCE) 39180 µg/L 5 0.5Trichlorofluoromethane (FREON 11) 34488 µg/L 150 5Trichlorotrifluoroethane (FREON 113) 81611 µg/L 1200 10Triclosan A-069 µg/LTritium 07000 pCi/L 20000 1000Tritium Counting Error 07001 pCi/L

Tritium MDA95 A-079 pCi/LTurbidity, Laboratory 82079 NTU 5 0.1Uranium 28011 ug/L 1

Secondary MCL

MDA95 is Minimum Detectable Activity at the95% confidence level, per 22 CCR 64442 and

64443.

Secondary MCL

MDA95 is Minimum Detectable Activity at the95% confidence level, per 22 CCR 64442 and

64443.

Upper Secondary MCL

Upper Secondary MCL

MDA95 is Minimum Detectable Activity at the95% confidence level, per 22 CCR 64442 and

64443.

MDA95 is Minimum Detectable Activity at the95% confidence level, per 22 CCR 64442 and

64443.

Also has a secondary MCL of 1 µg/L

APPENDIX D Page 6 of 7

APPENDIX D

Uranium 28012 pCi/L 20 1Uranium Counting Error A-028 pCi/L

Uranium MDA95 A-073 pCi/LVanadium 01087 ug/L 3Vinyl Acetate 77057 µg/LVinyl Chloride (VC) 39175 µg/L 0.5 0.5Zinc (Zn) 01092 ug/L 5000 50

MDA95 is Minimum Detectable Activity at the95% confidence level, per 22 CCR 64442 and

64443.

Secondary MCL

APPENDIX D Page 7 of 7

Appendix E

WRD SERVICE AREA

TITLE 22 PROGRAM MONITORING PROGAM